Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOLICITATION NOTICE

59 -- Steerable Antenna Systems

Notice Date
1/17/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607R0006
 
Response Due
2/1/2008
 
Archive Date
4/1/2008
 
Point of Contact
Collin Kyte 760-939-2634 Mary Jacobs 760-939-6043
 
E-Mail Address
Email your questions to Collin Kyte
(collin.kyte@navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure, on a competitive basis, 10 types of Steerable Antenna Systems (SAS), AST-9 Antenna Coupler, Engineering and Technical Support for SAS, and Repair Services for SAS in accordance with the NAWCWD Statements of Work, NAWCWD Performance Specifications 13672-ATS654H and 13672-ATS-TRD-140, and NAVAIR Envelope Drawings 1611AS2879, 1611AS2870, 1611AS2874, 1611AS2871, 1611AS2877, 1611AS2882, 1611AS2880, 1611AS2881, 1611AS2883, 1611AS2884, and 1611AS2890. The Steerable Antenna is a state of the art system designed to continually track a point in space, defined by a RF beacon, with a high gain antenna beam. The frequency ranges of the SAS are as follows: 1) Type I - 8.7 to 9.5 GHz, 2) Type II - 14.0 to 15.2 GHz, 3) Type III - 8.7 to 9.85 GHz, 4)Type IV - 14.0 to 15.2 GHz, 5) Type V- 8.8 to 10.3 GHz, 6) Type VI- 8.8 to 10.3 GHz, 7) Type VII- 8.8 to 10.3 GHz, 8) Type VIII- 8.7 to 10.3 GHz, 9) Type IX- 7.8 to 10.3 GHz, 10) Type X- 11.9 to 17.5 GHz. Types I, II, IV, VI, and VII are for Tracking functions, whereas Types III, V, VIII, IX, and X are for Non-Tracking functions. Pricing of the SAS unit shall be on a fixed price basis and pricing for the Engineering and Technical Support Services and Repair Services shall be on a time and material basis. The AST-9 Antenna Coupler, shall be capable of absorbing RF energy emitted from all variants of the AST-9(V) pod while allowing the user to perform O-level checks on the system by monitoring the RF energy characteristics. Contract award may be on a First Article Required or First Article Waived basis for the Types I-X and the AST-9 Antenna Coupler. The Government reserves the right to waive First Article for SAS that have been previously delivered by an offeror and accepted by the Government within the last two years. A minimum of 1 unit will be ordered at contract award, and a maximum of 420 units of the various SAS Types and AST-9 coupler may be ordered over the five-year period of performance. Delivery of all units shall be FOB Destination to Naval Air Station, Point Mugu, CA. beginning no later than 300 days after the effective date of the delivery order at a rate no less than 2 units per month. All responsible sources may submit a proposal, which shall be considered by the agency. Respond to Collin Kyte either by mail to Commander, Code 220000D, Attn: Collin Kyte, 429 E. Bowen Road Stop 4015, Naval Air Warfare Center, Weapons Division, China Lake, CA 93555-6108: by fax to 760-939-8329; or by the preferred method of electronic mail to collin.kyte@navy.mil. The solicitation will be issued on or about 11-February-2008 and will be available through the Federal business Opportunity website at www.fedbizopps.gov. Performance specifications and envelope drawings will not be posted with the RFP. The offeror is responsible for contacting the Government Representative cited in the RFP (and listed above) in order to obtain these specifications and drawings. Upon request the offeror must provide their official company name, address, and cage code in order for the documents to be released. See Notes 1 and 26. NAICS Code = 334220 Set Aside = 100% Set Aside for Small Business
 
Record
SN01487874-W 20080119/080117224515 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.